Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718

Armament Contracting Division (WL/MNK), Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL, 32542-6810

A -- AIR SUPERIORITY MISSILE TECHNOLOGY (ASMT) PROGRAM (PART 2 OF 2) SOL MNK 97-0001 POC Contact Melissa Straughn, Contract Specialist, at (904) 882-4294, ext 3405, or Lorna Tedder, Contracting Officer, at (904) 882-4294, ext 3399. Air Superiority Missile Technology (ASMT) Program: This Announcement is in two parts. This is part 2 of 2. PRDA No. MNK 97-0001. C--ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: Less than 55 months. (2) Expected award date: April 1997. (3) Adequate price competition is anticipated. (4) Government Estimate: The Government expects to fund at a level up to FY97 - $500K, FY98 - $3.2M, FY99 - $ 4.7M, FY00 - $ 5.4M, FY01 - $ 4.4M, FY02 - $ 2.7M, not including government furnished equipment and flight test facilities.. This is an estimate only, not a promise of funding availability. (5) Type of Contract: Cost Plus Fixed Fee (CPFF) is anticipated. (6) Government Furnished Property: It is the offeror's responsibility to identify any equipment to be used whether contractor-owned and furnished or Government-owned and furnished. The Government will assist in providing Government-owned property as appropriate if available. (7) Size Status: For the purpose of this acquisition, the size standard is 1000 employees (SIC 8731) (8) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force technical point of contact cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement, with their proposal. Offerors should state whether they are a large business, small business, small disadvantage business, nonprofit, educational, or historically black college or minority institution. Offerors should consider instructions contained in the ''Proprietary Information'' and ''When and How to Submit'' sections of the AFMC Pamphlet 64-101, ''Unsolicited Proposal Guide,'' copies of which are available by writing to: AFDTC/BC, 205 West D Avenue, Ste 449, Eglin AFB, FL 32542-6863 or telephone (904) 882-2843. AFMC Form 190, Policy Agreements, does not apply to Program Research and Development Announcements. Additional proposal questions should be directed to one of the points of contact listed elsewhere herein. A technical and cost proposal submitted in separate volumes, is required and must reference the above PRDA number. Volume 1 should provide the technical proposal and Volume 2 should address the price/cost portions of the proposal. Volume 1 should be limited to a total of 100 pages, including resumes, charts, figures, tables, etc. Pages in excess of the specified 100 pages will be removed and returned to the offeror before evaluation starts. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 50 pages as a goal. Contractor proposals shall identify candidate components for the guidance/control section and associated dimensions of each component. Also included in the description of these components shall be a brief notification of the level of development and acceptance testing each component has been through, keeping in mind that proven off-the-shelf components are desired to minimize risk and schedule delays to the demonstration program. A page is defined to be one side of an 8.5 x 11 inch piece of paper with information on it. Minimum print size is 10 point type, or 12 pitch doubled-spaced. Proposals shall be submitted in an original and 5 copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Copies of the proposals may be forwarded, if the offeror authorizes in writing, to other interested government agencies for funding consideration. Authorization for limited reproduction and dissemination within Government Agencies and National Laboratories is requested. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall include a person-hour breakdown by task, a cost element summary (labor, overhead, travel, G&A, etc.), and an SF1411, if applicable. Estimated costs for tests or historical data for similar efforts are requested for program office budgetary estimation and value estimation. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. (3) Technical Proposal: The technical proposal shall include as a minimum : (a) detailed technical approach, (b) proposed component description (c) proposed program schedule. E--PROPOSAL EVALUATION: The selection of one or more sources for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA. Proposals will be evaluated as received using the factors given below. No further evaluation criteria will be used in selecting the proposals. The factors, listed in descending order of importance, are: (1) The overall technical merits of the proposal. (a) The likelihood that the proposed design/approach will satisfy the technical goals and objectives of the program. (b) The level of understanding of the technical challenges associated with the fabrication and flight testing of the ASMT concept. (c) The level of understanding of the system-level issues and technical challenges in developing/employing an ASMT conceptual weapon system. (d) The thoroughness of the offeror's approach in addressing critical technology issues through the appropriate level and mix of analysis, simulation and ground tests prior to actual flight testing. (2) The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives. (a) The offeror's inherent scientific and engineering capabilities to address the technical challenges of the ASMT program. (b) The suitability of the offeror's program management approach and structure. (c) The suitability of the offeror's subcontracting and/or teaming approach to meet government goals and objectives. (d) The offeror's past and present involvement in other related programs addressing technology issues pertinent to air-to-air combat. (3) The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives. (a) The relevance and suitability of the technical background and experience of the principal investigator and other key personnel. (b) The sufficiency of multidisciplinary expertise to fully staff all pertinent areas of technical concern. (c) The appropriate mix of senior and mid-level engineering staff. (4) The offeror's record of past and present performance. (a) The offeror's overall performance history in terms of technical, cost and management aspects of weapon development programs. (b) The offeror's performance history in terms of specific laboratory technology development efforts similar in scope to the ASMT program. (5) Reasonableness and realism of proposed cost: An evaluation is made of all proposed costs to ensure the offeror has proper understanding of the effort. It is the policy of WL/MN to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. The offeror must indicate on the appropriate form any limitation to be placed on disclosure of information contained in the proposal. Offerors are encouraged to propose risk/cost sharing arrangements to accelerate this effort. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, grant or cooperative agreement any, all, part, or none of the proposals received. Award of a grant to universities or nonprofit institutions or cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. ''This is to notify potential proposers that are institutions of higher education that they will be asked to accept the following article in any grants or cooperative agreements awarded under this announcement'': ''As a condition for receipt of funds available to the Department of Defense (DOD) under this award, the recipient agrees that it is not an institution that has a policy of denying and that it is not an institution that effectively prevents the Secretary of Defense from obtaining for military recruiting purposes (a) entry to campuses or access to student on campuses, or (b) access to directory information pertaining to students. If the recipient is determined, using procedures established by the Secretary of Defense to implement section 558 of Public Law 103-337 (1994), to be such an institution during the period of performance of this agreement, and therefore to be in breach of this article, the government will cease all payments of DOD funds under this agreement and all other DOD grants and cooperative agreements, and, it may suspend or terminate such grants and agreements unilaterally for material failure to comply with the terms and conditions of award.'' If your institution has been identified under the procedures established by the Secretary of Defense to implement section 558, then: (1) no funds available to DOD may be provided to your institution through any grant, including any existing grant, (2) as a matter of policy, this restriction also applies to any cooperative agreement, and (3) your institution is not eligible to receive a grant or cooperative agreement in response to this solicitation.'' Offerors may contact the individuals or sections listed herein to obtain generally available clarification of technical/contractual issues and cost proposal format or pricing information. F--POINTS OF CONTACT: (1) Technical Point of Contact: Technical Issues: William J. Jones, (904) 882-8876, ext 3331, (E-mail JONESW@EGLIN.AF.MIL) (FAX (904) 882-2201) at WL/MNAV, 101 W Eglin Blvd, Ste 329, Eglin AFB, FL 32542-6810. (2) Contracting/Cost Point of Contact: Questions related to the contract/cost issues should be directed to Melissa Straughn, Contract Specialist, (904) 882-4294 ext 3405 (E-mail JOHNSMA@EGLIN.AF.MIL), or Lorna Tedder, Contracting Officer, (904) 882-4294 ext 3399 (E-mail TEDDER@EGLIN.AF.MIL) at WL/MNK, Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6810. The FAX number is (904) 882-9599. An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. All potential offerors should use established channels to voice concerns before resorting to use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the selection decision. All request for information and routine communication concerning this acquisition should be directed to Melissa Straughn, Contract Specialist, WL/MNK, Building 13, 101 West Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6865, telephone (904) 882-4294 ext 3405. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. Potential offerors are invited to contact ASC Eglin's Ombudsman, Colonel Timothy R. Kinney, ASC/SK, 205 West D Avenue, Suite 318, Eglin AFB FL 32542-6865 at (904) 882-9051 with serious concerns only. (See Part 1 of 2) (0311)

Loren Data Corp. http://www.ld.com (SYN# 0003 19961107\A-0003.SOL)


A - Research and Development Index Page